Notice Information
Notice Title
UKHSA Diagnostic and Research Framework (DRF)
Notice Description
The UKHSA Diagnostics and Research Open Framework is the successor to the current UKHSA National Microbiology Framework, and predecessor PHE Public Health Microbiology Framework and will be used to support the UK Health Security Agency's Diagnostics and Research activities for both day to day and incident response. (Please note that it is the potential surge capacity that accounts for the high maximum value of this framework, not anticipated spend) The framework is divided into two lots: Lot One: Diagnostics Goods and Services (products that are UKCA/CE marked or otherwise validated to the required specification), and Lot Two: Research and development (research products that are not UKCA/CE marked) The maximum value (ex VAT) of the framework is set at PS6.25 billion The value of Lot 1 is estimated as PS5.2b and the value of Lot 2 is estimated as PS1.05b. The actual values will vary based on the level of purchasing necessary to provide suitable solutions to the UK's health protection needs. The maximum value is based on the potential total amount payable exclusive of VAT as estimated by UKHSA, including any potential extension options for call-off contracts. This figure allows for the possibility that a health emergency may occur, such as a pandemic; therefore, the total value of cumulative call-off contracts may be less depending on the potential materialisation of health threats. The value and explanation of how it has been estimated is given in good faith as a guide. It should not be interpreted as an undertaking to purchase any goods or services to any value and does not form part of the Contract.
Lot Information
In-vitro diagnostic medical devices and associated services
* Lot 1: For the supply of in-vitro diagnostic medical devices and associated services, including equipment, consumables, maintenance, and peripheral equipment and associated services (products that are UKCA/CE marked or otherwise validated to the required specification).
Renewal: each framework in the scheme is expected to run for two years with the option to extend by one year. The end date of any extension is not expected to run past the 8-year mkaximum term
Goods and services mainly for research & development, experimentation & studyLot 2: For the supply of goods and services mainly for research and development, experimentation, and study (research products that do not require UKCA/CE marks).
Renewal: each framework in the scheme is expected to run for two years with the option to extend by one year. The end date of any extension is not expected to run past the 8-year mkaximum term
Planning Information
Following the publication of the PIN 2024/S 000-040856, UKHSA is notifying the marketplace that a tender for the Diagnostics and Research Framework will take place soon and invites suppliers to attend a webinar on the framework.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d7ab
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022624-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
85 - Health and social work services
-
- CPV Codes
33100000 - Medical equipments
33124000 - Diagnostics and radiodiagnostic devices and supplies
33600000 - Pharmaceutical products
38430000 - Detection and analysis apparatus
38431000 - Detection apparatus
38433100 - Mass spectrometer
38434000 - Analysers
38434500 - Biochemical analysers
38434510 - Cytometers
38434520 - Blood analysers
38434540 - Biomedical equipment
38434550 - Blood-cell counters
38434570 - Haematology analysers
38434580 - Immunoassay analysers
38436100 - Mechanical shakers
38950000 - Polymerase Chain Reaction (PCR) equipment
50400000 - Repair and maintenance services of medical and precision equipment
50410000 - Repair and maintenance services of measuring, testing and checking apparatus
50411000 - Repair and maintenance services of measuring apparatus
50412000 - Repair and maintenance services of testing apparatus
50413000 - Repair and maintenance services of checking apparatus
50430000 - Repair and maintenance services of precision equipment
50433000 - Calibration services
71900000 - Laboratory services
73111000 - Research laboratory services
85111800 - Pathology services
85145000 - Services provided by medical laboratories
85148000 - Medical analysis services
Notice Value(s)
- Tender Value
- £6,250,000,000 £1B-£10B
- Lots Value
- £6,250,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Mar 20261 months ago
- Submission Deadline
- 8 Apr 2026Expired
- Future Notice Date
- 9 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 23 Jul 2026 - 23 Jul 2028 2-3 years
- Recurrence
- 2028-02-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SECRETARY OF STATE FOR HEALTH AND SOCIAL CARE ACTING AS PART OF THE CROWN THROUGH UK HEALTH SECURITY AGENCY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- E14 4PU
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- Not specified
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Canary Wharf
- Westminster Constituency
- Poplar and Limehouse
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/022624-2026
12th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069968-2025
31st October 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05d7ab-2026-03-12T21:18:18Z",
"date": "2026-03-12T21:18:18Z",
"ocid": "ocds-h6vhtk-05d7ab",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PBMQ-7576-DVGW",
"name": "Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency",
"identifier": {
"scheme": "GB-PPON",
"id": "PBMQ-7576-DVGW"
},
"address": {
"streetAddress": "10 South Colonnade",
"locality": "London",
"postalCode": "E14 4PU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "procurementnotices@ukhsa.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/uk-health-security-agency",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PBMQ-7576-DVGW",
"name": "Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Following the publication of the PIN 2024/S 000-040856, UKHSA is notifying the marketplace that a tender for the Diagnostics and Research Framework will take place soon and invites suppliers to attend a webinar on the framework.",
"dueDate": "2025-11-28T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "069968-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069968-2025",
"datePublished": "2025-10-31T10:11:39Z",
"format": "text/html"
}
]
},
"tender": {
"id": "C426524",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "UKHSA Diagnostic and Research Framework (DRF)",
"description": "The UKHSA Diagnostics and Research Open Framework is the successor to the current UKHSA National Microbiology Framework, and predecessor PHE Public Health Microbiology Framework and will be used to support the UK Health Security Agency's Diagnostics and Research activities for both day to day and incident response. (Please note that it is the potential surge capacity that accounts for the high maximum value of this framework, not anticipated spend) The framework is divided into two lots: Lot One: Diagnostics Goods and Services (products that are UKCA/CE marked or otherwise validated to the required specification), and Lot Two: Research and development (research products that are not UKCA/CE marked) The maximum value (ex VAT) of the framework is set at PS6.25 billion The value of Lot 1 is estimated as PS5.2b and the value of Lot 2 is estimated as PS1.05b. The actual values will vary based on the level of purchasing necessary to provide suitable solutions to the UK's health protection needs. The maximum value is based on the potential total amount payable exclusive of VAT as estimated by UKHSA, including any potential extension options for call-off contracts. This figure allows for the possibility that a health emergency may occur, such as a pandemic; therefore, the total value of cumulative call-off contracts may be less depending on the potential materialisation of health threats. The value and explanation of how it has been estimated is given in good faith as a guide. It should not be interpreted as an undertaking to purchase any goods or services to any value and does not form part of the Contract.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33124000",
"description": "Diagnostics and radiodiagnostic devices and supplies"
},
{
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
{
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
},
{
"scheme": "CPV",
"id": "38430000",
"description": "Detection and analysis apparatus"
},
{
"scheme": "CPV",
"id": "38431000",
"description": "Detection apparatus"
},
{
"scheme": "CPV",
"id": "38433100",
"description": "Mass spectrometer"
},
{
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
},
{
"scheme": "CPV",
"id": "38434500",
"description": "Biochemical analysers"
},
{
"scheme": "CPV",
"id": "38434510",
"description": "Cytometers"
},
{
"scheme": "CPV",
"id": "38434520",
"description": "Blood analysers"
},
{
"scheme": "CPV",
"id": "38434540",
"description": "Biomedical equipment"
},
{
"scheme": "CPV",
"id": "38434550",
"description": "Blood-cell counters"
},
{
"scheme": "CPV",
"id": "38434570",
"description": "Haematology analysers"
},
{
"scheme": "CPV",
"id": "38434580",
"description": "Immunoassay analysers"
},
{
"scheme": "CPV",
"id": "38436100",
"description": "Mechanical shakers"
},
{
"scheme": "CPV",
"id": "38950000",
"description": "Polymerase Chain Reaction (PCR) equipment"
},
{
"scheme": "CPV",
"id": "50400000",
"description": "Repair and maintenance services of medical and precision equipment"
},
{
"scheme": "CPV",
"id": "85148000",
"description": "Medical analysis services"
},
{
"scheme": "CPV",
"id": "50410000",
"description": "Repair and maintenance services of measuring, testing and checking apparatus"
},
{
"scheme": "CPV",
"id": "50411000",
"description": "Repair and maintenance services of measuring apparatus"
},
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
},
{
"scheme": "CPV",
"id": "50412000",
"description": "Repair and maintenance services of testing apparatus"
},
{
"scheme": "CPV",
"id": "50413000",
"description": "Repair and maintenance services of checking apparatus"
},
{
"scheme": "CPV",
"id": "50430000",
"description": "Repair and maintenance services of precision equipment"
},
{
"scheme": "CPV",
"id": "50433000",
"description": "Calibration services"
},
{
"scheme": "CPV",
"id": "73111000",
"description": "Research laboratory services"
},
{
"scheme": "CPV",
"id": "85111800",
"description": "Pathology services"
},
{
"scheme": "CPV",
"id": "85145000",
"description": "Services provided by medical laboratories"
}
],
"relatedLot": "1",
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
]
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33124000",
"description": "Diagnostics and radiodiagnostic devices and supplies"
},
{
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
{
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
},
{
"scheme": "CPV",
"id": "38430000",
"description": "Detection and analysis apparatus"
},
{
"scheme": "CPV",
"id": "38431000",
"description": "Detection apparatus"
},
{
"scheme": "CPV",
"id": "38433100",
"description": "Mass spectrometer"
},
{
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
},
{
"scheme": "CPV",
"id": "38434500",
"description": "Biochemical analysers"
},
{
"scheme": "CPV",
"id": "38434510",
"description": "Cytometers"
},
{
"scheme": "CPV",
"id": "38434520",
"description": "Blood analysers"
},
{
"scheme": "CPV",
"id": "38434540",
"description": "Biomedical equipment"
},
{
"scheme": "CPV",
"id": "38434550",
"description": "Blood-cell counters"
},
{
"scheme": "CPV",
"id": "38434570",
"description": "Haematology analysers"
},
{
"scheme": "CPV",
"id": "38434580",
"description": "Immunoassay analysers"
},
{
"scheme": "CPV",
"id": "38436100",
"description": "Mechanical shakers"
},
{
"scheme": "CPV",
"id": "38950000",
"description": "Polymerase Chain Reaction (PCR) equipment"
},
{
"scheme": "CPV",
"id": "50400000",
"description": "Repair and maintenance services of medical and precision equipment"
},
{
"scheme": "CPV",
"id": "85148000",
"description": "Medical analysis services"
},
{
"scheme": "CPV",
"id": "50410000",
"description": "Repair and maintenance services of measuring, testing and checking apparatus"
},
{
"scheme": "CPV",
"id": "50411000",
"description": "Repair and maintenance services of measuring apparatus"
},
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
},
{
"scheme": "CPV",
"id": "50412000",
"description": "Repair and maintenance services of testing apparatus"
},
{
"scheme": "CPV",
"id": "50413000",
"description": "Repair and maintenance services of checking apparatus"
},
{
"scheme": "CPV",
"id": "50430000",
"description": "Repair and maintenance services of precision equipment"
},
{
"scheme": "CPV",
"id": "50433000",
"description": "Calibration services"
},
{
"scheme": "CPV",
"id": "73111000",
"description": "Research laboratory services"
},
{
"scheme": "CPV",
"id": "85111800",
"description": "Pathology services"
},
{
"scheme": "CPV",
"id": "85145000",
"description": "Services provided by medical laboratories"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 7500000000,
"amount": 6250000000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "All UK Public Authority The framework will be open to Access Users from all UK public sector bodies (Public Authorities as defined in PA23), including but not limited to UK Health Security Agency, the Department of Health and Social Care, Public Health Wales, Public Health Scotland, NHS Authorities and Trusts, Special Health Authorities, Local Authorities and any other NHS entity or successor body. The framework can also be accessed by academic and charitable institutions.",
"description": "DRF will be managed by the UKHSA Contract Management Dept. Pricing Ceiling rates to be submitted as part of this procurement, subsequent call off order pricing should not exceed those on the rate card. Prices to remain firm for the 1st year of the framework, thereafter Supplier may apply for rate changes once a year, giving at least 30 days notice. Term The framework is expected to re-open every 2 years and run for a maximum of 8 years, the Authority may choose to either extend frameworks in the scheme or bring forward re-opening if it is required to do so to support incident responses to health emergencies. Call-off Procedures will include, direct award and further competitions",
"openFrameworkSchemeEndDate": "2034-07-23T23:59:59+01:00"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-24T00:00:00+01:00",
"endDate": "2028-07-23T23:59:59+01:00",
"maxExtentDate": "2029-07-23T23:59:59+01:00"
},
"status": "active",
"title": "In-vitro diagnostic medical devices and associated services",
"description": "* Lot 1: For the supply of in-vitro diagnostic medical devices and associated services, including equipment, consumables, maintenance, and peripheral equipment and associated services (products that are UKCA/CE marked or otherwise validated to the required specification).",
"value": {
"amountGross": 6240000000,
"amount": 5200000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Please see the evaluation criteria on the Atamis portal.",
"criteria": [
{
"type": "quality",
"name": "Meet minimum requirements for whichever lot(s) you are applying for - see ITT"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Conditions of participation are fully detailed within the procurement documents accessible via the Authority's e-procurement portal Atamis"
},
{
"type": "technical",
"description": "Must be able to provide t least one appropriately certified, accredited or licenced products or services described in the Lot Specific Requirements which are fully detailed within the procurement documents accessible via the Authority's e-procurement portal Atamis"
}
]
},
"hasRenewal": true,
"renewal": {
"description": "each framework in the scheme is expected to run for two years with the option to extend by one year. The end date of any extension is not expected to run past the 8-year mkaximum term"
}
},
{
"id": "2",
"title": "Goods and services mainly for research & development, experimentation & study",
"description": "Lot 2: For the supply of goods and services mainly for research and development, experimentation, and study (research products that do not require UKCA/CE marks).",
"status": "active",
"value": {
"amountGross": 1260000000,
"amount": 1050000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Please see the evaluation criteria on the Atamis portal.",
"criteria": [
{
"type": "quality",
"name": "Meet minimum requirements for whichever lot(s) you are applying for - see ITT"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Conditions of participation are fully detailed within the procurement documents accessible via the Authority's e-procurement portal Atamis"
},
{
"type": "technical",
"description": "Must be able to provide t least one appropriately certified, accredited or licenced products or services described in the Lot Specific Requirements which are fully detailed within the procurement documents accessible via the Authority's e-procurement portal Atamis"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-24T00:00:00+01:00",
"endDate": "2028-07-23T23:59:59+01:00",
"maxExtentDate": "2029-07-23T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "each framework in the scheme is expected to run for two years with the option to extend by one year. The end date of any extension is not expected to run past the 8-year mkaximum term"
}
}
],
"communication": {
"futureNoticeDate": "2026-01-09T23:59:59Z"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA",
"CPTPP"
],
"participationFees": [
{
"id": "ocds-h6vhtk-05d7ab",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
},
"description": "1% of annual spend not contract award value capped at PS20k"
}
],
"submissionMethodDetails": "Application is via submission of a tender response by the deadline stated above via the Health Family's e-Sourcing Portal, Atamis, Ref C426524 UKHSA Diagnostics and Research Open Framework. https://atamis-1928.my.site.com/s/Welcome",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-08T10:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-03-24T10:00:00Z"
},
"awardPeriod": {
"endDate": "2026-07-06T23:59:59+01:00"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 1,
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "no limit"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "022624-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022624-2026",
"datePublished": "2026-03-12T21:18:18Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2028-02-01T23:59:59Z"
}
]
},
"riskDetails": "The Authority is a Category A responder who has had a key role in responding to health emergencies in the recent past, most significantly during the COVID-19 pandemic, but also as its predecessor Public Health England responding to threats from the Ebola virus and other public health crises. The Authority requires an option for reopening the framework in response to an unknown infectious pathogen or similar emergency. This reopening of the framework might be otherwise than as planned and before expiry of a framework in the scheme all of which shall be considered a known risk (which arises other than by the act or omission of the Authority) and which could jeopardise the performance of the framework in the scheme or awards made under the relevant framework in the scheme or other unforeseen circumstances which the Authority could not have foreseen before the award of the relevant framework in the scheme The purpose will be to provide a fast, compliant and scalable option to respond to a public health crisis and would be essential to the Authority's ability to respond to a public health crisis quickly and with the ability to upscale providers and solutions. Each framework is intended to have a term of 2 years with a provision to extend each framework by 12 months. The Authority may decide to extend a framework in the scheme due to reasons such as economic uncertainty, pandemic or other national emergency events, lack of new suppliers in the market all of which shall be considered a known risk (which arises other than by the act or omission of the Authority) and which could jeopardise the performance of the framework in the scheme or awards made under the relevant framework in the scheme or other unforeseen circumstances which the Authority could not have foreseen before the award of the relevant framework in the scheme. Further to the known risks above an identified risk is that the Framework may need varying or updating if there is a COVID-19 or other health emergency or incident related Business Continuity Event as detailed in the terms and conditions, Appendix H Schedule 8. Should this occur, the framework may be re-opened to allow new suppliers to offer products and services required for incident response. Suppliers who have already joined the framework would not be required to (but may choose to do so) change their originally accepted tender, other than to confirm, that conditions of participation e.g. accreditations and insurances etc remain in place. An identified risk is that the Open Framework maximum spend may not be sufficient to accommodate all the additional spend required to provide sufficient incident response by the UKHSA and Access Users, therefore the Authority reserves the right to increase the maximum value of the Open Framework by up to 50%. An additional identified risk is that the Open Framework and the last framework in the scheme may be reaching the end of its term when there is a health emergency event."
},
"language": "en"
}